Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1998 PSA#2082

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

A -- DESIGN, FABRICATION, AND TESTING OF IMAGING LENS ASSEMBLIES SOL 8-1-8-EB-B9073 POC Randy M. Sacks, Contract Specialist, Phone (205) 544-0334, Fax (205) 544-4400, Email randy.sacks@ msfc.nasa.gov -- Jane Maples, Contracting Officer, Phone (205) 544-0344, Fax (205) 544-9080, Email jane.maples@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#8-1-8-EB-B9073. E-MAIL: Randy M. Sacks, randy.sacks@msfc.nasa.gov. NASA/MSFC plans to issue a Request for Offer (RFO) for the design, fabrication, and testing of imaging lens assemblies for the Lightning Imaging Sensor (LMS) instrument. Each LMS shall consist of 2 fixed focal length lenses. Each lens has a field of view of 11 degrees to measure lightning over large areas of the Americas and nearby oceans. While one lens covers the North American continent, the second lens covers the South American continent. The lens assembly shall be capable of 8 km spatial resolution onto a 30 microns pixel, 700 by 560 CCD array; and a 1nm narrow bandpass filter to spectrally resolve lightning at 777 nm from a geosynchronous orbit. The lens assembly shall be designed and tested for the optical performance, launch and operational environment requirements. The LMS instrument is scheduled to fly on the GOES platform and will be launched by a DELTA III rocket. The instrument shall be designed for up to 2 years of on orbit storage, and up to 5 additional years of mission life. Contract duration is 1.5 years. Deliverables include, but are not limited to, the following: prototype lens units (4), flight lens units (6), and an option for up to 6 more flight lens units. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The SIC Code and Size Standard are 3827 and 500 employees, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-04. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFO is on or about May 8, 1998 with an anticipated offer due date of on or about June 8, 1998. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/MSFC Business Opportunities home page is http://procurement.nasa.gov/EPS/MSFC/class.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0113)

Loren Data Corp. http://www.ld.com (SYN# 0009 19980427\A-0009.SOL)


A - Research and Development Index Page